Kentucky Bids > Bid Detail

Lake Barkley Dam Spillway Gate Chains Replacement

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159552228107171
Posted Date: Feb 16, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/a529c14022...
Follow
Lake Barkley Dam Spillway Gate Chains Replacement
Active
Contract Opportunity
Notice ID
W912P524BLOCK
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST NASHVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 16, 2024 07:52 am CST
  • Original Published Date: Feb 02, 2024 08:40 am CST
  • Updated Response Date: Feb 23, 2024 12:00 pm CST
  • Original Response Date: Feb 09, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Grand Rivers , KY 42045
    USA
Description View Changes

Sources Sought



Lake Barkley Dam Spillway Gate Chain Replacement





Classification Code:



9520 - Structural Shapes, Iron and Steel





NAICS Code:



332312 – Fabricated Structural Metal Manufacturing



Small Business Size Standard – 500 employees





THIS IS NOT A SOLICITATION, INVITATION FOR BID, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP).



THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS.



PURPOSE:



The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community for completing the work effort relative to the Lake Barkley Dam, Grand Rivers, KY 42045. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought.



NO SOLICITATION EXISTS AT THIS TIME.





SCOPE OF WORK (SUBJECT TO CHANGE):



The Corps of Engineers has need of a contract for The Lake Barkley Dam Spillway Gate Chains Replacement consisting of the following:



The contractor will be responsible for the fabrication, assembly, and delivery of new spillway gate lifting chains. The contractor will, at a minimum, fabricate chains for three gates (6 total chain lengths) and no more than chains for six gates (12 total lengths) depending on available funding. Spillway gate chains consist of pins (of varying length), side bars, spacer sleeves, collars, washers, and retainer rings. The total length of one chain is roughly 80 feet. Machining for grease grooves/ports will also be required.



CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT:



Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through I).





A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses.





B. Unique Entity I.D. number and CAGE code.





C. Are you a small business under this NAICS code?





D. Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.).





E. Provide the number of days or months it would take to fabricate the new design compared to the existing design, see description below as well as attached drawings.



Existing Design: The replace in kind, or existing design is completely shown in the reference drawing Q9-55/31. Disregard the notes and design elements in red. The material for all components except the washers will be AISI 4140 Alloy Steel with Brinell hardness between 325 and 355. The washers will be CDA 220 Bronze, Half Hard.



New Design: The new design will have modifications only to pins, adding holes for lubrication access. Modifications can be seen in the screen shot of the provided 3D model. The materials will be the same as listed above (AISI 4140 Alloy Steel with Brinell hardness between 325 and 355. The washers will be CDA 220 Bronze, Half Hard.), and not the ones in the drawing.





F. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential bidders should provide brief references of relevant work they have performed and the magnitude.





G. Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted.





Identify the percentage of work your firm may be capable of directly performing.





H. Please indicate whether your firm will submit an offer for this project.





I. Any other information that would assist in determining your company's capability in performing the described construction work.







SUBMISSION OF CAPABILITY STATEMENT:



Submit this information to Samantha Bedard, Contract Specialist, U.S. Army Corps of Engineers via email to Samantha.J.Bedard@usace.army.mil. Your response to this Sources Sought notice must be received by 12:00 PM CST on February 23, 2024.



DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERREDMETHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.





As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://sam.gov/. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. Search Keyword "W912P5" to obtain a complete listing of all Nashville District US Army Corps of Engineers opportunities.





Contracting Office Address:



U.S. Army Corps of Engineers



Contracting Division

Nashville Contracting Branch CELRN-CT

110 Ninth Avenue South, Room A680

Nashville, TN 37203-3817

United States





Place of Performance:



Lake Barkley Dam

Grand Rivers, KY 42045

United States





Primary Point of Contact:



Samantha Bedard



Contract Specialist



Samantha.J.Bedard@usace.army.mil



Phone: 615-330-0089



Fax: 615-736-7124





Secondary Point of Contact:



Ray Kendrick



Contracting Officer



Ray.Kendrick@usace.army.mil



Phone: 615-736-7932




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >